university of narowal · organizations having adequate past experience and financial capabilities...
TRANSCRIPT
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 1 | 10
1. INVITATION TO THE BID
1.1. Bids/Tenders are invited, for Supply of Furniture items for New Campus, from reputed
organizations having adequate past experience and financial capabilities for manufacturing
of furniture registered for professional tax, Sales Tax and Income Tax having active
profile with FBR.
2. INSTRUCTIONS TO THE BIDDERS
2.1. Procurement will be made under Punjab Procurement Rules (PPRA)2014.
2.2. It will be clearly understood that the Terms and Conditions mentioned in this document are
intended to be strictly enforced.
2.3. Bidders must ensure that they submit all the required documents indicated in the Tender /
Bid Documents at the time of opening of Technical Bids and no request for submission of
missing documents will be entertained after opening of the Technical Bids.
2.4. Bids without supporting documents, undertaking, valid documentary evidence, and bids
not conforming to terms and conditions given in the Tender Document will be liable for
rejection. Bids received after due time and date and bids without Bid Security in shape of
CDR or CDR less than required amount or Bid Security in shape of Cheque or Cross
Cheque shall be rejected.
2.5. Mode of Advertisement:
As per Rule 12(2) the advertisement is being placed on the website of PPRA Punjab
(www.ppra.punjab.gov.pk)
2.6. Type of Open Competitive Bidding As per Rule No. 38(2) a, Single stage two envelope procedure shall be followed with
details given below:
2.6.1. The bid shall comprise of a single package containing two separate envelopes. Each
envelope shall contain separately the financial proposal and the technical proposal;
2.6.2. The envelopes shall be marked as “FINANCIAL PROPOSAL” and
“TECHNICAL PROPOSAL” in bold and legible letters.
2.6.3. Initially, “TECHNICAL PROPOSAL” shall be opened; The envelope marked as
“FINANCIAL PROPOSAL” shall be retained in the custody of procuring agency
without being opened;
2.6.4. The Purchaser shall evaluate the technical proposal under PPRA Rule # 32 and
in a manner prescribed in this document, without reference to the price and reject
any proposal which does not conform to the specified requirements as listed in said
Sections. During the technical evaluation no amendments in the technical proposal
shall be permitted;
2.6.5. The financial proposals of technically qualified bidders shall be opened publicly
at a time, and venue announced and communicated to the bidders in advance;
2.6.6. After the evaluation and approval of the technical proposal the procuring agency,
shall at a time within the bid validity period, publicly open the financial proposals
of the technically accepted and qualified bids only. The financial proposal of bids
found technically non-responsive shall be returned un-opened to the respective
bidders.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 2 | 10
2.7. BID DATA SHEET (Information for the Bidders)
1 Procuring Agency University of Narowal, Narowal
2 Tender Number UON/P.D/20-21/01
3 Name of Tender SUPPLY OF FURNITURE ITEMS FOR NEW
CAMPUS,
4 Tender Document available place
Office of Convener Purchase Committee, And On
PPRA, Punjab
www.ppra.punjab.pk .
5 Cost of Tender Document
Rs.5000/- payable at “Strengthening of UON
Account” 381004155948399 NBP Main Branch
Narowal through Challan Form or
Pay Order in favor of the Treasurer University of
Narowal, Narowal
7 Bid Security
2% of Estimated Cost as mentioned in tender
document in shape of CDR i.e., Pay Order etc., in
favor of “Treasurer University of Narowal, Narowal”
8 Performance Guarantee 10% of Contract Value after issuance of Letter of
Acceptance
9 Tender Addressed to Convener Purchase Committee PMU, University of
Narowal, Narowal
6 Contact Number Ph. 0303-9091090,0307-8668866,0323-5951111,
10 Due Date, Time and place of
submission of Tender Document
23-09-2020 till 11:00 am University of Narowal, Narowal
11 Date, Time and Place of Technical
Bid Opening 23-09-2020 till 11:30 am at Meeting Room, University of Narowal, Narowal
12 Date, Time and Place of the
Financial Proposals
Shall be intimated subsequently to Technically
Qualified firms
TERMS AND CONDITIONS OF THE TENDER
3. Definitions
3.1. “Purchaser” means University of Narowal, Narowal
3.2. “UON” means University of Narowal, Narowal
3.3. “Bidder/Tenderer” means the Firm/Company/Supplier/Distributer that may provide or
provides the Goods and related services to any of the public sector organization under the
contract and have registered for the relevant business thereof.
3.4. "Contract" means the agreement entered into between the Purchaser and the Contractor, in form
of Supply Order or as recorded in the Contract Form signed by the parties, including all
Schedules and Attachments thereto and all documents incorporated by reference therein.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 3 | 10
3.5. "Contractor/The Successful Bidder" means the person whose Tender has been accepted and
awarded letter of Acceptance followed by the Supply Order or Contract by the Purchaser.
3.6. "Contract Value" means that portion of the Contract Price adjusted to give effect to such
additions or deductions as are provided for in the Contract which is properly apportion-
able to the Goods or Services in question.
3.7. "Goods" means equipment, machinery, and/or other materials which the Contractor is
required to supply to the Purchaser under the Contract.
3.8. "Services" means installation, configuration, deployment,
commissioning, testing, training, support, after sale service, etc. of Goods and other such
obligations which the Contractor is required to provide to the Purchaser under the Contract.
3.9. “PPRA” means Punjab Procurement Regulatory Authority.
4. TENDER ELIGIBILITY
Eligible Bidder/Tenderer is one who:
4.1. has valid registration certificate for Income Tax and Sales Tax;
4.2. is an active Income Tax Payer;
4.3. has acquired relevant experience of supply of Items;
4.4. conforms to the clause of “Responsiveness of Bid” given in this tender document;
4.5. has not been blacklisted by any Govt. Semi Govt. autonomous body.
4.6. has registered as manufacturer of furniture.
5. EXAMINATION OF THE TENDER DOCUMENT
The bidder/Tenderer is expected to examine the Tender Document, including all terms and
conditions.
6. AMENDMENT OF THE TENDER DOCUMENT
6.1. The purchaser, at any time prior to the deadline for submission of the Tender, at its own
initiative or in response to a clarification requested by the Bidder(s), amend the Tender
Document, on any account, for any reason. All amendment(s) shall be part of the Tender
Document and binding on the Bidder(s).
6.2. The Purchaser shall notify the amendment(s) in writing to the prospective
Tenderers/Bidders.
6.3. The Purchaser may, at its exclusive discretion, amend the Tender Document to extend the
deadline for the submission of the Tender, in which case all rights and obligations of the
Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject
to the deadline as extended.
7. BID CURRENCY
Bidder should quote price in Pak Rupees only and payments shall also be made in Pakistan
Rupees only.
8. VALIDITY PERIOD OF THE BID 8.1. Validity period of the bids shall be 120 days.
9. BID SECURITY
9.1. Bidder will submit Bid Security drawn in the name of Treasurer University of Narowal @
2% of Estimated Price of Each LOT in shape of CDR/ Bank draft/Pay order in favor of
Treasurer University of Narowal.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 4 | 10
Sr. no Item Name Amount of Bid Security
(Rs)
1 Procurement Of Furniture Items For New
Campus (LOT # 01)
140,000/-
2 Procurement Of Furniture Items For New
Campus (LOT # 02)
10,000/-
3 Procurement Of Furniture Items For New
Campus (LOT # 03)
70,000/-
9.2. Cheque or Cross Cheque shall not be accepted at all.
9.3. The amount submitted as Bid Security shall be refunded to the unsuccessful bidders after
the decision for the award of the said tender.
9.4. Subject to the award of contract, the Bid Security in form of CDR shall be returned to
successful bidder against submission of Performance Guarantee
9.5. If the Bid Security is found less than the required amount, then the bid will be rejected
irrespective of the rates and at the stage of the bid process.
9.6. The Bid Security may be forfeited if a Bidder:
a) Refuses to accept Letter of Acceptance of the Bid; or
b) Fails to furnish Performance Security.
10. BID PREPARATION AND SUBMISSION
10.1. The Tender shall be filled in / accompanied by the prescribed Forms, Annexes, Schedules,
Drawings, Documents, Brochures, Literature, etc. which shall be completely filled in,
stamped and signed by the Tenderer or his Authorized Representative. In case of copies,
photocopies may be attested.
10.2. The Bids/Tenders should be submitted in two parts (1) Technical Proposal and (2)
Financial Proposal. The Technical Proposal and Financial Proposal shall be submitted in
separate covers.
10.3. TECHNICAL PROPOSAL
The Technical Proposal will enable the Purchase Committee to evaluate whether the bidder
is technically competent and capable of executing the order and the specifications offered
by the bidder meet the ones given in the Tender/Bid Documents. Only those bids which
qualify in the technical stage will be eligible for the Financial Proposal opening. The
Financial Proposals of bidders who failed in the Technical stage will not be opened.
10.4. The Technical Proposal form as given in the Bid/Tender Document shall be filled, signed
and stamped in all pages. The Purchase Committee will not be responsible for the errors
committed in the bids by the bidders.
10.5. The Technical Proposal should not strictly contain any Price/Cost indications as such
otherwise the bids will be summarily rejected.
10.6. The Bidder should quote only one brand/model/make of each item.
10.7. Samples of items if required by the committee during evaluation of Technical bid, then it
must be provided by the bidder as and when demanded.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 5 | 10
FINANCIAL PROPOSAL
10.9. The Financial Proposal of the bidder shall also include the price break up of taxes/duties. All
taxes/duties as applicable shall be responsibility of the bidders.
10.10. The cost quoted by the bidder shall be kept firm and unchanged for a period specified in the
Bid/Tender Documents from the date of opening of the bids. The bidder shall keep the price
firm/unchanged during the period of Contract including during the period of extension of
time if any.
10.11. The quoted price will be inclusive of all taxes, duties and freight (transportation charges),
etc.
10.12. The Bid is liable for rejection if Financial Proposal contains conditional offer.
10.13. The Bidder must quote rates of all the items in a lot/package and quoting the partial items in
a lot /package is not allowed.
10.15. Sealing the Bid
10.15.1. The Technical Proposal shall be placed in a separate cover (Envelope-A) and
sealed appropriately. The Technical Proposal cover shall be marked as
“Technical Proposal for SUPPLY OF FURNITURE FOR NEW CAMPUS”
– Bid Ref.: due on The “FROM” address and “TO” address shall be written
without fail.
10.15.2. The Financial Proposal (Envelope-B) shall contain rates of item quoted by
the bidder. The Financial Proposal cover shall be marked as “Financial
Proposal for SUPPLY OF FURNITURE FOR NEW CAMPUS” – Bid Ref.:
due on: The “FROM” address and “TO” address shall be written without fail.
10.15.3. Out Cover: The Technical Proposal cover (Envelope-A) and Financial Proposal
cover (Envelope B) shall then be put in a single outer envelope and sealed. The
outer cover shall be marked as “Bid for SUPPLY OF FURNITURE FOR
NEW CAMPUS” –Bid Ref.: due on ____. The “FROM” address and “TO”
address shall be written without fail.
10.16. Mode of Submission of Bids
10.16.1. The Bid should be addressed to “Convener Purchase Committee, PMU University
of Narowal, Circular road Narowal”.
10.16.2. The Bids received after Due Date and Time or Unsealed or incomplete or
submitted by Fax or Email will be summarily rejected.
15. TECHNICAL EVALUATION CRITERIA
The Bidders who have duly complied with the Eligibility/Qualification and Evaluation will be
eligible for further processing.
The Bids which do not conform to the Technical Specifications or Bid conditions or the Bids from
the Bidders without adequate capabilities for supply and maintenance / warranty services will be
rejected.
The Eligible/Technically Qualified Bidders will be considered for further evaluation.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 6 | 10
Under PPRA Rules # 31, Technical Bids will be evaluated on the basis of following criteria and
Financial Bids of only those bidders will be opened who have fulfilled the criteria:
Evaluation Criteria Requirement
Sales Tax Registration Mandatory
Income Tax Registration Mandatory
Registered as manufacturer of Furniture Mandatory
Conformance to the required specification of items
given in Schedule of Requirement Mandatory
At least Four relevant Supply Orders/Contracts with
Govt. organization in the last two years of amounting
not less than 4 Million.
Mandatory
Affidavit /Bidder’s Undertaking for nonblack listing
on stamp paper Mandatory
The bidder must provide verifiable documentary proof against all the mandatory requirement along
with the Technical Proposal and no document will be received or considered after opening of the
Technical Proposal.
17. REJECTION AND ACCEPTANCE OF THE TENDER/BID
17.1. The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the
quantity of any or all item(s), under PPRA Rules 2014 without any change in unit prices or
other terms and conditions, accept a Tender reject any or all tender(s), cancel / annul the
Tendering process at any time prior to award of Contract, without assigning any reason or
any obligation to inform the Tenderer of the grounds for the Purchaser's action, and without
thereby incurring any liability to the Tenderer and the decision of the Purchaser shall be
final.
17.2. The Tender / bid shall be rejected if: 17.2.1. It is substantially non-responsive; or
17.2.2. The bidder does not meet any of the mandatory criteria mentioned in Clause
No. 15; or
17.2.3. It does not contain the documentary proof against any of the mandatory
criteria mentioned in Clause No. 15; or
17.2.4. the bidder does not attach Bid Security in Shape of CDR; or
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 7 | 10
17.2.5. the bid security is not attached or it is less than the required amount; or
17.2.6. The bid is incomplete, partial, conditional, alternative, late; or
17.2.7. the Bidder submits more than one Bids against one Tender; or
17.2.8. the Bidder tries to influence the Tender evaluation / Contract award; or
17.2.9. the Bidder engages in corrupt or fraudulent practices in competing for the
Contract award; or
17.2.10. there is any discrepancy between bidding documents and bidder’s proposal i.e.
any non-conformity or inconsistency or informality or irregularity in the
submitted bid; or
17.2.11. the Bidder submits any financial conditions as part of its bid which are not in
conformity with tender document.
17.2.12. The samples which are not as per given specification or of low quality will not
be accepted /approved by the committee and the rates of such items will
neither be announced during opening of Financial Bids nor included in the
Comparative Statement.
17.2.13. The items for which the bidder quotes more than one rates will not be
accepted and such items will not be included in the comparative statement.
17.2.14. The bidder quotes partial items in a lot then the rates of any of the items in
that lot will not be considered.
24. ISSUANCE OF SUPPLY ORDER OR SIGNING THE CONTRACT
24.1. The Convener purchase committee shall issue Supply Order or sign a Contract with the
Successful bidder who has submitted the Performance Guarantee.
24.2. The Successful Bidder will have to sign contract on judicial paper of 0.25% of total order
value.
25. GENERAL CONDITIONS OF CONTRACT / SUPPLY ORDER
26. DELIVERY OF ITEMS
26.1. The Supplier will be responsible for delivery of goods within stipulated time.
26.2. The supplier will bear all costs associated with the preparation, delivery and installation of
the Items and the Purchaser will in no case be responsible or liable for those costs. The
supplier will make such arrangements to ensure safe delivery of goods. Any damage
sustained during transportation / delivery will be rectified by the supplier at his cost.
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 8 | 10
Schedule of Requirement
Lot No. 1. Estimated Cost : Rs. 7,000,000/-
Bid Security : Rs. 140,000/-
Sr. No. Item Description Qty Picture
1
Student Chairs
Made with M.S Pipe with
top PVC/Plastic material (A.
Class)
(Boss Model 209 or equivalent”
2000
Lot No. 2. Estimated Cost : Rs. 500,000/-
Bid Security : Rs. 10,000/-
2
White Writing Board Size 12’x4’
Pure White color Formica pressed OR Partex White writing board sheet.
Both side A class finish.
Solid Wooden edging 6 mm pressed on three sides. Solid Wooden tray 4”should be mounted on the bottom of the board
30
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 9 | 10
3
Rostrum (for Lecture Room)
As per picture design
25
Lot No. 03 Estimated Cost: Rs. 3,500,000/-
Bid Security: Rs. 70,000/-
1
Office Table
Size: 4.5'x2.5’ x 21/2”
Structure made with approved color shisham vin board.
3 equal drawers with wooden engraved handles with locking system.
Drawers slides with micro slide channels14”
Top made with solid shisham wood frame 3” with top lamination
Solid wood skirting all around the table 3”
Mate sealer lacquer finish with
approved color.
50
UNIVERSITY OF NAROWAL UON/P.D/2020-21/01
Office of Convener Purchase Committee PMU, University of Narowal, Narowal
Issued To …………………… On……………………… P a g e 10 | 10
2
Executive/Officer Table with
side Racks
Size: 5'x2.5’ x 2.5’
Structure made with approved color shisham vin board.
3 equal drawers with wooden engraved handles with locking system.
Drawers slides with micro slide channels14”
Top made with solid shisham wood frame 3” with top lamination
Solid wood skirting all around the table 3”
Mate sealer lacquer finish with
approved color.
20
3
Revolving chair High Back Imported high gas lift hydraulic cylinder. Imported Base with 5 no’s heavy wheel casters. PU Arms Seat & back Upholstered with approved Green color leatherette (As per design). Seat and back upholstered with best quality foam 2” thick. Design should be as shown in figure.
26
4
Office Chair Size 35” h x w 24 “x D 18” Structure made with Solid Seasoned Shisham wood section 2 ¼” x 1 ¼” thick. Arm rest height 24” Length of Arm 21” x2 ¼”x 1” Back size from sitting level it should be 20” height x 18 “width. Seat & Back upholstered with approved color fabric. Seat & back upholstered with best quality 2” thick foam. Finish with natural Sealer & lacquer
polish.
200